COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,2000 PSA#2662 Department of the Air Force, Direct Reporting Units, 11th CONS, 110
Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305 76 -- RESEARCHING AND WRITING AN HISTORICAL BOOK-LENGTH MANUSCRIPT ON
THE AIR FORCE AND COMMAND STRATEGIC NUCLEAR FORCES,. SOL
Reference-Number-F6043301930100 DUE 082400 POC Jennifer Spooner,
Contract Specialist, Phone (202) 767-7987, Fax (202) 767-7812, Email
Jennifer.Spooner@bolling.af.mil -- Patti Reger, Contract Specialist,
Phone 202-767-7946, Fax 202-767-7814, Email WEB: Visit this URL for the
latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Number-F6043301930100&LocID=207. E-MAIL: Jennifer Spooner,
Jennifer.Spooner@bolling.af.mil. DESCRIPTION: This is a combined
synopsis/solicitation for commercial items and services prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation number
F49642-00-R-0073 is issued as a request for proposal (RFP) and will
result in a Firm Fixed Price type contract for a base period of
approximately 25 September 2000 through 24 September 2001 with three
one year Option periods. Award will be made on an all or none basis.
Incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-18. This acquisition is being acquired on
a 100% Small Business Set Aside. The SIC code is 8999 and the small
business size standard is $5,000,000.00. The contract line items
numbers and descriptions are: Base Period: CLIN 0001 _ Contract Data
Requirement List (CDRL A001) QTY: 1 Each; CLIN 0002 _ CDRL A002 QTY: 1
Each; CLIN 0003 _ CDRL A003 QTY: 1 Each; CLIN 0004 _ CDRL A004 QTY: 1
Each; CLIN 0005 _ CDRL A005 QTY: 1 Each; CLIN 0006 _ CDRL A006 QTY: 1
Each; CLIN 0007 _ CDRL A007 QTY: 1 Each; CLIN 0008 _ CDRL A008 QTY: 1
Each; OPTION Year 1: CLIN 0009 _ CDRL A009 QTY: 1 Each; CLIN 0010 _
CDRL A010 QTY: 1 Each; CLIN 0011 _ CDRL A011 QTY: 1 Each; CLIN 0012 _
CDRL A012 QTY: 1 Each; CLIN 0013 _ CDRL A013 QTY: 1 Each; CLIN 0014 _
CDRL A014 QTY: 1 Each; CLIN 0015 _ CDRL A015 QTY: 1 Each; OPTION Year
2: CLIN 0016 _ CDRL A016 QTY: 1 Each; CLIN 0017 _ CDRL A017 QTY: 1
Each; CLIN 0018 _ CDRL A018 QTY: 1 Each; CLIN 0019 _ CDRL A019 QTY: 1
Each; CLIN 0020 _ CDRL A020 QTY: 1 Each; CLIN 0021 _ CDRL A021 QTY: 1
Each; OPTION Year 3: CLIN 0022 _ CDRL A022 QTY: 1 Each; CLIN 0023 _
CDRL A023 QTY: 1 Each; CLIN 0024 _ CDRL A024 QTY: 1 Each; CLIN 0025 _
CDRL A025 QTY: 1 Each; CLIN 0026 _ CDRL A026 QTY: 1 Each. Description
of Requirement/ Statement of Work (SOW): The SOW and CDRLs can be
downloaded from the FedBizOpps web-site at www.eps.gov. Delivery and
Acceptance shall be in accordance with the SOW after contract award.
Award date is expected to be on approximately 25 September 2000. An
award will be made to the offeror who submits a responsive quote for
all items listed at the lowest cost to the Government. Offerors shall
provide back-up information supporting the price offered. This could
take the form of the most recent catalog price list, invoices from
previous sales of same items, etc. Inspection and acceptance shall be
made at destination. FAR 52.212-1, Instructions to Offerors-Commercial,
and FAR 52.212-2 Evaluation -- Commercial Items, are incorporated by
reference and apply to this acquisition. Offerors shall include a
completed copy of the provision at FAR 52.212-3, Offeror Representation
and Certifications -- Commercial Items and DFAR 252.212-7000 Offeror
Representations and Certifications-Commercial Items with its offer.
These clauses are available for download at http://farsite.hill.af.mil.
The FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial
Items is hereby incorporated by reference. The clauses at FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items apply to this acquisition,
specifically, the following cited clauses are applicable: 52.203-6 Alt
I, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
and 52.232-33. Additional FAR Clauses that are applicable are: 52.203-3
Gratuities, 52.204-4 Printing/Copying Double-sided on Recycled Paper,
52.209-6 Protecting the Government_s Interest When Subcontracting With
Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1
Instructions to Offerors- -Commercial Items, 52.217-5 Evaluation of
Options, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3
Convict Labor, 52.226-1 Utilization of Indian Organizations and
Indian-Owned Economic Enterprises, 52.227-1 Authorization and Consent,
52.227-2 Notice and Assistance Regarding Patent and Copyright
Infringement, 52.232-17 Interest, 52.233-3 Protest after Award,
52.242-13 Bankruptcy, 52.247-34 F.O.B. Destination. The following DFAR
provisions and clauses apply to this solicitation and are incorporated
by reference: 252.212-7001 Contract Terms and Conditions required to
Implement Statutes Applicable to Defense Acquisitions of Commercial,
252.201-7000 Contracting Officer_s Representative, 252.204-7000
Disclosure of Information, 252.204-7003 Control of Government Personnel
Work Product, 252.204-7004 Required Central Contractor Registration,
252.209-7003 Compliance with Veterans_ Employment Reporting
Requirements, 252.209-7004 Subcontracting with Firms That Are Owned for
Controlled By The Government of a Terrorist Country, 252.225-7012
Preference for Certain Domestic Commodities, 252.243-7001 Pricing of
Contract Modifications, 252.243-7002 Requests for Equitable Adjustment,
252-246.7000 Material Inspection And Receiving Report, 252.247-7023
Transportation of Supplies by Sea, 252.247-7032 Alt I Transportation of
Supplies by Sea Alternate I, and 252.247-7024 Notification of
Transportation of Supplies By Sea. Basis for Award: The Govt. will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforms to the solicitation and is determined most
advantageous to the Govt. The following factors will be used to
evaluate offers: technical, past performance and price. The evaluation
will consider technical equal in importance to past performance and
each higher than price. Contract award will be based upon _Best Value_
approach to permit the Govt. to have tradeoffs among cost or price and
non-cost factors and to accept other than the lowest priced proposal.
To determine best value, the Govt. will evaluate the technical
proposal, past performance and price proposals from all offerors.
Offerors should provide the proposed technical approach to meet all
requirements of the SOW. Offerors who fail to meet the technical
requirements as set forth in the SOW may be considered nonresponsive to
the RFP. The Govt. will evaluate the quality of the offeror's past
performance in distinct and separate evaluation from the Contracting
Officer's responsibility determination. Each offeror will be assigned
a subjective rating for Performance Confidence Assessment. The
assessment of the offeror's past performance will be used as a means of
evaluating the relative capability of the offeror to successfully meet
the requirements of the solicitation. The offeror shall describe its
past performance on all directly related or similar contracts held
within the last five (5) years which are of similar scope, magnitude
and complexity to this requirement. Offerors which describe similar
contracts shall provide a detailed explanation demonstrating the
similarity of the contracts to the requirements of the solicitation.
The Govt. will consider Termination for Default, delinquencies, failure
to comply with specifications and/or SOW requirements, cost overruns,
amount of rework and any other information which reflectsthe overall
quality of the offeror's past performance. The offeror shall provide
the following information regarding past performance: contract
number(s), name and reference POC at the federal, state or local Govt.
or commercial entity for which the contract was performed, dollar
value of the contract, detailed description of the work performed,
names of subcontractor(s) and number, type and severity of any quality,
delivery or cost problems in performing the contract, the corrective
action taken and the effectiveness of the corrective action. The Govt.
reserves the right to obtain information for use in the evaluation of
past performance from any and all sources including sources outside
the Govt. Offerors lacking relevant past performance history will
receive a neutral rating for past performance. The offeror must provide
information requested above for the past performance evaluation or
affirmatively state that it possesses no relevant directly related or
similar past performance. An offeror failing to provide the past
performance or to assert that it has no relevant directly related or
similar past performance will be considered ineligible for award. The
Govt. reserves the right to award the contract without initiating
discussions. Responses to this solicitation are due by 1600 on 24
August 2000. The proposal shall be signed by an official authorized to
bind the company. Offerors shall submit two copies of their proposal
and the Representations and Certifications (FAR 52.212-3 and DFARS
252.212.7000) to be sent to Jennifer H. Spooner, 11 CONS/LGCN, 110 Luke
Ave., Suite 250, Bolling AFB, DC. 20332-0305. Posted 08/09/00
(D-SN484122). (0222) Loren Data Corp. http://www.ld.com (SYN# 0300 20000811\76-0002.SOL)
| 76 - Books, Maps and Other Publications Index
|
Issue Index |
Created on August 9, 2000 by Loren Data Corp. --
info@ld.com
|
|
|